REQUEST FOR PROPOSALS

Similar documents
1. Work with the Stormwater Program to ensure robust participation in the process by an inclusive range of stakeholders.

Vermont Agency of Natural Resources Department of Environmental Conservation Laboratory. Request for Proposal

Request for Proposals COMPOSTING TECHNICAL ASSISTANCE

Preliminary Information on the Vermont E-Waste Collection and Recycling Program Request for Proposal (RFP)

Request for Statements of Qualifications and Interest Vermont Outdoor Wood-fired Boiler Change-out program (Phase 3)

Firms Proficient in Economic Development Strategic Planning Services. Kiersten Bourgeois, Vermont Agency of Commerce and Community Development

Request for Proposals

Request for Proposal (RFP) On-site Operation Services for Three. Vermont State Park Spray Irrigation Operating Seasons. Vermont State Parks

Vermont Agency of Natural Resources Department of Environmental Conservation Laboratory Services Division. Request for Proposal

Vermont Attic Vermiculite Sampling and Testing. Sealed bid. Request for proposal

Firms Competent to Perform the Financial Examination of Insurance Companies

SECTION II - SUBRECIPIENT AWARD INFORMATION SECTION III - FUNDING ALLOCATION

REQUEST FOR PROPOSAL. UPS Maintenance

SEALED BID REQUEST FOR PROPOSAL RFP #02111 CONSULTANT FOR TRAFFIC RECORDS IMPROVEMENT FOR VERMONT GOVERNOR S HIGHWAY SAFETY PROGRAM

Release Date: February 14, 2018 Proposals Due: February 28, 2018

REQUEST FOR PROPOSALS. Consulting Services for Energy Efficiency Program Evaluation Policy and Planning

Request for Proposals to conduct a Flood Hazard Mitigation Analysis for the Vermont Department of Housing and Community Development

SEALED BID REQUEST FOR PROPOSAL. Law Enforcement Liaison

REQUEST FOR PROPOSALS. Ecosystem Restoration and Protection Services

Request for Proposals

STATE OF VERMONT DEPARTMENT FOR CHILDREN AND FAMILIES. Economic Services Division

SEALED BID REQUEST FOR PROPOSAL

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

SEALED BID REQUEST FOR PROPOSAL CLERK-OF-THE-WORKS STRUCTURAL REINFORCEMENTS CENTRAL SERVICES BUILDING, MIDDLESEX, VT

SEALED BID - REBID REQUEST FOR PROPOSAL. Fluoride Equipment and Supplies

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Vermont Department of Disabilities Aging and Independent Living (DAIL) Vermont Division of Vocational Rehabilitation (DVR) and Invest EAP (EAP)

Request for Bid/Proposal

REQUEST FOR PROPOSALS

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

SEALED BID REQUEST FOR PROPOSAL Social Security Application Assistance

Planning and Energy Resources Division Request for Proposals. Market Characterization and Assessment Study

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

SEALED BID REQUEST FOR PROPOSAL Opioid Use Harm Reduction Evaluation

Request for Proposals (RFP)

IRFQ #R15-04: FRIDAY NIGHT LIVE

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR PROPOSALS

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

January 18, Request for Proposals. for

SAN DIEGO CONVENTION CENTER CORPORATION

SEALED BID REQUEST FOR PROPOSAL SOLAR EQUIPMENT

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Employers Training Resource Program Year Youth Subrecipients

PROPOSAL LIQUID CALCIUM CHLORIDE

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

One (1) hard copy and One (1) PDF Version on CD/DVD of your proposal must be submitted no later November 17, 2017 at 4:00 PM EST to:

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION

SEALED BID. September 29, 2017

INVITATION TO BID (ITB)

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

SEALED BID. February 19, 2018

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

City of New Rochelle New York

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

INVITATION TO BID. Demolition of Commercial Building 706 Washburn Switch Road, Shelby, NC N W

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Proposal No:

SEALED BID REQUEST FOR PROPOSAL

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

REQUEST FOR PROPOSAL. Vermont Homeland Security Unit Advanced Workshop for Criminal Investigators and Analysts

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

AIA Document B141 TM 1997 Part

REQUEST FOR QUALIFICATIONS (RFQ)

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

Request for Quotation For Lawn Care Treatment

The contract period will run from January 1, 2018 through December 31, 2020.

SEALED BID REQUEST FOR PROPOSAL

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Transcription:

STATE OF VERMONT AGENCY OF NATURAL RESOURCES DEPARTMENT OF ENVIRONMENTAL CONSERVATION REQUEST FOR PROPOSALS Use of Mechanical Harvesting to Remove Water Chestnut from Lake Champlain PROPOSAL INSTRUCTIONS: All proposals must be addressed to: Tim Hunt VTDEC, Watershed Management Division I National Life Drive, Main 2 Montpelier VT 05620-3522 All bidders are hereby notified that proposals must be submitted to and physically in the office of the Vermont Department of Environmental Conservation, Watershed Management Division in Montpelier by 4:30 PM on the proposal due date of Friday, April 18, 2014. Bidders are cautioned that it is their responsibility to originate the sending of proposals in sufficient time to ensure receipt by the State by the proposal due date. Proposals not in possession of the State by the close of business of the proposal due date will not be considered. The State may, for cause, change the date and/or time of the proposal due deadline. If a change is made, the State will make a reasonable effort to inform all bidders. Bid results may be requested in writing and are available once an award has been made.

STATE OF VERMONT Agency of Natural Resources Department of Environmental Conservation REQUEST FOR PROPOSALS 2014 Water Chestnut Management Program Reference: Mechanical Harvesting Element 1. Introduction The Vermont Department of Environmental Conservation, Watershed Management Division (hereinafter State ) is seeking proposals from qualified contractors for the use of: Mechanical harvesting, including all equipment and personnel, to remove water chestnut from designated locations in Lake Champlain. This element is part of management program to control water chestnut (Trapa natans) from designated locations in southern Lake Champlain (approximately 300 acres) in 2014. The mechanical harvesting element utilizes standard mechanical harvesting equipment and a high speed transporter to both harvest and transport water chestnut plants.. 2. Resources Funds for the requested services are pending. Issuance of a signed contract for services is contingent upon funding availability. 3. Project Background and Details Water chestnut is a nonnative invasive aquatic plant that was first introduced into Lake Champlain in the 1940s. Ongoing management efforts since the 1980s have significantly reduced populations in Lake Champlain and other Vermont waters; however, recreational and commercial uses of some areas of southern Lake Champlain are restricted by water chestnut. Mechanical harvesting and handpulling have been used in the past and will continue to be used in 2014 to remove the water chestnut plants before they reach sexual maturity. The State will implement and oversee the program through contracts with selected vendors. Mechanical harvesting will be continuous over the period from early July to late August or early September 2014. Mechanical harvesting will begin at the northern edge of the dense water chestnut infestation, whenever possible, and proceed south in an attempt to curb this species' northern spread. Both the Vermont and New York shorelines will be targeted. Shallow areas will be mechanically harvested early in the season if possible before the water elevation drops to its low summer levels, and the maximum amount of water chestnut will be harvested before the seeds are fully developed. For 2014, access to Lake Champlain will be from private landowner s property at Red Rock Bay in Benson and in Cold Spring, West Haven Vermont unless the contractor is notified of another access site by the State.

Mechanical harvesting will begin when plants reach the water s surface and continue until the seeds mature to the point where they begin to fall off the plants when disturbed. Machines will be in operation for a minimum of five days a week, with two crews each doing a sevenhour shift per day, weather permitting. Unloading and disposal sites may be in New York as well as in Vermont. 4. Scope of Services The State is requesting proposals for performance of the requested services described below. The State will: A. Oversee all aspects of the work. B. Provide an on-site field supervisor to monitor the work performed by the contractor and their employees, and provide technical assistance on the daily field operations of the project. C. Determine optimal control timing, delineate control areas, equipment combinations and identify spoils disposal sites. D. Conduct surveys to confirm water chestnut locations and densities, designate which method (handpulling or mechanical harvesting) is best suited for each site, and search for new sites. E. Provide details of any locations within the project area where rare, threatened and endangered species exist, identification information, and water chestnut removal instructions at these sites. The selected contractor will: A. Provide and utilize necessary personnel and equipment to remove water chestnut infestations from designated areas (approximately 100 miles total of shoreline) from the project area in Lake Champlain (north of Whitehall, NY), utilizing standard mechanical harvesting equipment and a high speed transport vessel. B. Supply the following equipment and personnel to meet the minimum specifications as stated below: i. two mechanical harvesters with minimum 800 cubic foot capacity each and operators for both shallow and deep water harvesting ii. one high speed transport vessel with a minimum load capacity of 800 cubic feet with operator capable of attaining a speed of 8-10 mph when loaded and having good maneuverability under adverse weather conditions when fully loaded and when empty iii. one shore conveyer unit to service 800 cubic foot mechanical harvesters and transporter. iv. two dump trucks and operators for transporting water chestnut spoils with a minimum 12 to 14 cubic yards capacity or able to carry one 800 cubic foot harvester load. D. Provide equipment and tools at project sites for the timely repair of equipment in the event of equipment breakdowns.

D. Provide a full-time project operations manager overall project supervision. The project operations manager will coordinate all control activities with the State. E. Transport harvested spoils to approved off-load sites on shore, unload to trucks, and transport covered to State approved upland, non-wetland disposal areas located in Vermont and/or New York. F. If deemed necessary by State, provide an airboat and driver for a one-day survey in late July or August 2014 of the northern end of Lake Bomoseen to search for water chestnut G. Submit an application for an Aquatic Nuisance Control mechanical harvesting permit per 10 V.S.A. 1453. (Applications are available on the Watershed Management Division s website.) E. Before project commencement, provide written documentation describing the spread prevention measures taken to assure that no non-native species will be transported to project waterbodies with the required project equipment. At a minimum, prior to any work occurring with equipment (e.g. boat, trailer, vehicle, gear) that has been in or on any other waterbody, the contractor shall comply with 10 V.S.A. 1454. All equipment will be decontaminated in compliance with the Voluntary Guidelines to Prevent the Spread of Aquatic Invasive Species through Recreational Activities. Aquatic Nuisance Species Task Force, November 2012. 5. Bidder Experience Qualifications In order to bid on this contract proposal, a perspective bidder have a minimum of three years experience in all phases of managing a water chestnut mechanical harvesting program and must be able to procure and demonstrate their firm s ability from past experience to perform all work elements listed under Section 4. Scope of Services. These management phases include: experience hiring and overseeing a crew of workers in the field, and maintaining and servicing heavy equipment (e.g. mechanical harvesters, dump trucks). A perspective vendor should also be experienced in business management practices including: past experience hiring and overseeing a crew of workers in the field; maintaining work logs and time sheets; processing payrolls; and handling insurance, worker s compensation and income tax issues. Bidders will have to provide a completed Attachment B, Contractor Evaluation Form with their application. 6. Contract Provisions Respondents to this RFP will need to agree to the State of Vermont Customary Contract Provisions in order to execute a contract for this project. These provisions, which include insurance requirements, are attached to this RFP for reference as Attachment C. Liability Coverage for Marine Operation: This type of coverage will be left up to the contractor to provide if they (and their insurance provider) feel it is necessary. 7. Performance Bond Prior to commencing work under a contract agreement, the selected contractor will be required to furnish to the State a payment and performance bond from a reputable insurance company licensed to do business in the State of Vermont, guaranteeing the satisfactory

completion of the contract agreement by the contractor and payment of all subcontractors, suppliers and employees. 8. Retainage The selected contractor will have 10% of the total contract amount retained by the State to ensure satisfactory completion of the project. This retainage will be withheld out of each biweekly billing, and will be paid to the contractor upon satisfactory completion of the project. 9. Documents Required for a Complete Proposal A. Attachment A - Project Summary Sheet: The summary sheet provides the potential bidder with a list of work elements and a projected number of hours to complete each element. The bidder must provide their hourly rates for each work element that applies.* A minimum number of hours will be guaranteed to the contractor. The State may reject a given hourly rate category on the submittal, if deemed necessary. The Project Summary Sheet must be completely filled out and authorized by the firm s Chief Executive Officer or designated representative. Blanks will invalidate a bid proposal. The cost of equipment mobilization to and from the site(s) will be incurred by the contractor. * Hourly rates must at least comply with the pertinent wage rates issued by the U.S. Department of Labor in the Federal Wage Determination Schedule (WD 05-2537 (Rev. -15)) issued for this area of the county which can be found at http://www.wdol.gov/wdol/scafiles/std/05-2537.txt B. Attachment B - Contractor Evaluation Form: The evaluation form will provide essential information regarding the qualifications of firms submitting a proposal. This Form must be completely filled out and authorized by the firm s Chief Executive Officer or designated representative. C. A description of the methodology for accomplishing the required work. D. Drawings and/or specifications for equipment items specified in Attachment B of this RFP. No deviation from the equipment specified by the bidder in the proposal will be allowed. E. Proof of insurance as specified under section 4. Contract Provisions and listed in Attachment C. F. Any other information the bidder believes relevant and important to this proposal and project 10. Right to Disqualify, Accept, and Reject The State reserves the right to disqualify proposals, before or after opening, upon evidence of collusion with intent to defraud or other illegal practices upon the part of the bidder, or if all bids received exceed available funds. Proposals may not be modified after they are received. Bidders may withdraw proposals at any time before bid opening, but will not be allowed to

resubmit a bid. The State reserves the right to accept any bid proposal, and to reject any and all bid proposals received. 11. Proposal Evaluation Criteria Contractor selection will be based on the following 1. Completeness of proposal (15 points) 2. Contractor s demonstrated expertise of experience pertaining to the advertised proposal (20 Points) 3. Contractor s understanding of the work and familiarity with work area (20 points) 4. Contractor s ability to provide specified equipment (25 points) 5. Cost of proposed project derived from Attachment A, Project Summary Sheet (20 points). 12. Selection of Contractor Proposals are due in the office of the Vermont Department of Environmental Conservation, Watershed Management Division in Montpelier by 4:30 PM on the proposal due date of Friday, April 18, 2014. A decision by the State regarding contractor selection is expected on or about April 25, 2014. 13. Execution of an Agreement The amount and execution of a final agreement shall be contingent upon the availability and receipt of state and federal funds. Issuance of a signed contract for services is contingent upon funding availability. 14. Project Start Date and Termination The anticipated project start date is approximately July 5, 2014 with a project termination date of approximately July 31, 2015. This contract may be renewed up to two more years upon agreement by the State and selected contractor. 15. Method of Payment/Invoices Payment will be made upon receipt and approval of invoices submitted every two weeks for services provided under an agreement on State provided invoice forms. Final payment will be issued when satisfactory completion of the project has been determined by the State. 16. Submittal One copy of the bid proposal must be in a sealed envelope submitted to the State and physically at the following address by 4:30 PM on Friday, April 18, 2014. Proposals submitted via facsimile will not be accepted. Vermont Department of Environmental Conservation Attn. Tim Hunt Watershed Management Division 1 National Life Drive, Main 2 Montpelier, VT 05620-3522

Vermont Department of Environmental Conservation ATTACHMENT A PROJECT SUMMARY SHEET 2014 Water Chestnut Management Program Reference: Mechanical Harvesting Element Time billed to the project for the listed elements shall be for actual engine operating hours or the actual time engines are in operation and the equipment is underway. Time spent for maintenance or repairs, or time lost due to inclement weather or unforeseen circumstances shall not be billed to the project. Complete all items. Blanks will invalidate a bid. Project Item One H-800** or larger harvester with operator $ One high speed transport barge with operator $ One shore conveyor unit $ One dump truck capacity 12 14 cu. yds. with $ operator One airboat with operator $ Hourly Rate* * Hourly Rates must at least comply with the Federal Wage Determination Schedule issued by the US Department of Labor. Determine title of the position and incorporate the minimum hourly wage into your hourly rates. Additionally, hours worked in any workweek in excess of 40 must be paid at 1½ times the basic rate of pay. Project Element Two H-800** or larger harvesters with operators, one high speed transport barge with operator, shore conveyor, two dump trucks One H-800** or larger harvester with operator, one shore conveyor, one dump truck One H-800** or larger harvester with operator, one high speed transport barge, one shore conveyor, one dump truck Hourly Rate* Estimated Project Hours (hours may be altered during project operation) $ 200 $ $ 75 $ $ 75 $ Airboat with operator $ 2 eight hour days $ Bonds and Insurance Costs $ Total Bid $ Projected Cost ** Or equivalent harvester capable of carrying at least 800 cubic feet of harvested material.

SUBMITTED BY: Name of Vendor FEDERAL ID # Address VT Tax ID# City/Town State ZIP SIGNATURE: Authorized Representative Date

Vermont Department of Environmental Conservation ATTACHMENT B CONTRACTOR EVALUATION FORM 2014 Water Chestnut Management Program PURPOSE This form will provide the State with essential information regarding the qualification of firms submitting a bid proposal for the 2014 Lake Champlain Water Chestnut Management Program. The State will only use the information provided to assess a firm's qualifications to conduct elements of this specific project. All information submitted should be current and factual. Additional sheets of paper may be attached if more space is necessary. INSTRUCTIONS FOR COMPLETING FORM 1. Name of individual or firm (or joint venture). 2. Name, title and telephone number of principal contact. 2a. Address of office to perform work. 3. Address of firm. 4. Number of personnel by discipline presently employed. 5. Complete only if this form is being submitted by a joint venture of two or more collaborating firms. Show names and addresses of all individuals or organizations expected to be included as part of the joint venture and describe their particular areas of anticipated responsibility. 5a. Indicate whether this particular joint venture has successfully worked together on other projects. 6. If respondent is not a joint venture, but intends to use outside consultants or associates; provide names and addresses as well as their particular areas of technical or professional expertise, as relates to this specific project. 7. Provide brief resumes of key personnel expected to participate on this project. 8. List up to five projects, undertaken during the past five-year period, which demonstrate the firm's or joint venture's competence to perform the work required on this project. Prime consideration should be given to projects which illustrate the firm's capability for performing work similar to that being sought. 9. In a narrative summary, show specific reasons why you feel your firm or joint venture is especially qualified to undertake this particular project. Respondents may submit any information they feel which would support their firm's qualifications. 10. Optional. 11. Signature of chief executive officer of the firm or joint venture.

1. Project name/location for which firm is filing: Attachment B Contractor Evaluation Form 2. Name, title and telephone number of principal contact: 2a. Address of office to perform work: Mailing Address, if different: 3. Firm (or Joint Venture) name and address: 4. Personnel by discipline: administrative laborers biologists equipment operators engineers other field supervisors 5. If submittal is by joint venture, list participating firms and outline specific areas of responsibility (including administrative, technical and financial) for each firm: 5a. Has this joint venture previously worked together? Yes No

6. Outside key consultants/associates anticipated for this project Name and address Specialty Worked with prime before? (Yes or No) 1) 2) 3) 7. Attach brief resumes for key personnel expected to participate in this project. 8. Work by firm or joint venture members which best illustrates current qualifications relevant to this project (undertaken within past five years) 1) Project Name and Location Nature of Firm's Responsibility Owner's Name and Address Completion Date (actual or estimated) Entire Project Cost Estimated Work for Which Firm was/is Responsible 2) 3)

4) 5) 9. Use this space to provide any additional information or description of resources supporting your firm's qualifications for the proposed project: 10. Does your business qualify under federal statute as a minority or women owned business (answer optional)?

11. The foregoing is a statement of facts. Signature: Typed name and title: Date:

ATTACHMENT C: STANDARD STATE PROVISIONS FOR CONTRACTS AND GRANTS (REVISED 11/12) 1. Entire Agreement: This Agreement, whether in the form of a Contract, State Funded Grant, or Federally Funded Grant, represents the entire agreement between the parties on the subject matter. All prior agreements, representations, statements, negotiations, and understandings shall have no effect. 2. Applicable Law: This Agreement will be governed by the laws of the State of Vermont. 3. Definitions: For purposes of this Attachment, Party shall mean the Contractor, Grantee or Subrecipient, with whom the State of Vermont is executing this Agreement and consistent with the form of the Agreement. 4. Appropriations: If this Agreement extends into more than one fiscal year of the State (July 1 to June 30), and if appropriations are insufficient to support this Agreement, the State may cancel at the end of the fiscal year, or otherwise upon the expiration of existing appropriation authority. In the case that this Agreement is a Grant that is funded in whole or in part by federal funds, and in the event federal funds become unavailable or reduced, the State may suspend or cancel this Grant immediately, and the State shall have no obligation to pay Subrecipient from State revenues. 5. No Employee Benefits For Party: The Party understands that the State will not provide any individual retirement benefits, group life insurance, group health and dental insurance, vacation or sick leave, workers compensation or other benefits or services available to State employees, nor will the state withhold any state or federal taxes except as required under applicable tax laws, which shall be determined in advance of execution of the Agreement. The Party understands that all tax returns required by the Internal Revenue Code and the State of Vermont, including but not limited to income, withholding, sales and use, and rooms and meals, must be filed by the Party, and information as to Agreement income will be provided by the State of Vermont to the Internal Revenue Service and the Vermont Department of Taxes. 6. Independence, Liability: The Party will act in an independent capacity and not as officers or employees of the State. The Party shall defend the State and its officers and employees against all claims or suits arising in whole or in part from any act or omission of the Party or of any agent of the Party. The State shall notify the Party in the event of any such claim or suit, and the Party shall immediately retain counsel and otherwise provide a complete defense against the entire claim or suit. After a final judgment or settlement the Party may request recoupment of specific defense costs and may file suit in Washington Superior Court requesting recoupment. The Party shall be entitled to recoup costs only upon a showing that such costs were entirely unrelated to the defense of any claim arising from an act or omission of the Party. The Party shall indemnify the State and its officers and employees in the event that the State, its officers or employees become legally obligated to pay any damages or losses arising from any act or omission of the Party. 7. Insurance: Before commencing work on this Agreement the Party must provide certificates of insurance to show that the following minimum coverages are in effect. It is the responsibility of the Party to maintain current certificates of insurance on file with the state through the term of the Agreement. No warranty is made that the coverages and limits listed herein are adequate to cover and protect the interests of the Party for the Party s operations. These are solely minimums that have been established to protect the interests of the State. Workers Compensation: With respect to all operations performed, the Party shall carry workers compensation insurance in accordance with the laws of the State of Vermont. General Liability and Property Damage: With respect to all operations performed under the contract, the Party shall carry general liability insurance having all major divisions of coverage including, but not limited to: Premises - Operations Products and Completed Operations

Personal Injury Liability Contractual Liability The policy shall be on an occurrence form and limits shall not be less than: $1,000,000 Per Occurrence $1,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $ 50,000 Fire/ Legal/Liability Party shall name the State of Vermont and its officers and employees as additional insureds for liability arising out of this Agreement. Automotive Liability: The Party shall carry automotive liability insurance covering all motor vehicles, including hired and non-owned coverage, used in connection with the Agreement. Limits of coverage shall not be less than: $1,000,000 combined single limit. Party shall name the State of Vermont and its officers and employees as additional insureds for liability arising out of this Agreement. 8. Reliance by the State on Representations: All payments by the State under this Agreement will be made in reliance upon the accuracy of all prior representations by the Party, including but not limited to bills, invoices, progress reports and other proofs of work. 9. Requirement to Have a Single Audit: In the case that this Agreement is a Grant that is funded in whole or in part by federal funds, the Subrecipient will complete the Subrecipient Annual Report annually within 45 days after its fiscal year end, informing the State of Vermont whether or not a single audit is required for the prior fiscal year. If a single audit is required, the Subrecipient will submit a copy of the audit report to the granting Party within 9 months. If a single audit is not required, only the Subrecipient Annual Report is required. A single audit is required if the subrecipient expends $500,000 or more in federal assistance during its fiscal year and must be conducted in accordance with OMB Circular A-133. The Subrecipient Annual Report is required to be submitted within 45 days, whether or not a single audit is required. 10. Records Available for Audit: The Party will maintain all books, documents, payroll papers, accounting records and other evidence pertaining to costs incurred under this agreement and make them available at reasonable times during the period of the Agreement and for three years thereafter for inspection by any authorized representatives of the State or Federal Government. If any litigation, claim, or audit is started before the expiration of the three year period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The State, by any authorized representative, shall have the right at all reasonable times to inspect or otherwise evaluate the work performed or being performed under this Agreement. 11. Fair Employment Practices and Americans with Disabilities Act: Party agrees to comply with the requirement of Title 21V.S.A. Chapter 5, Subchapter 6, relating to fair employment practices, to the full extent applicable. Party shall also ensure, to the full extent required by the Americans with Disabilities Act of 1990, as amended, that qualified individuals with disabilities receive equitable access to the services, programs, and activities provided by the Party under this Agreement. Party further agrees to include this provision in all subcontracts. 12. Set Off: The State may set off any sums which the Party owes the State against any sums due the Party under this Agreement; provided, however, that any set off of amounts due the State of Vermont as taxes shall be in accordance with the procedures more specifically provided hereinafter. 13. Taxes Due to the State:

a. Party understands and acknowledges responsibility, if applicable, for compliance with State tax laws, including income tax withholding for employees performing services within the State, payment of use tax on property used within the State, corporate and/or personal income tax on income earned within the State. b. Party certifies under the pains and penalties of perjury that, as of the date the Agreement is signed, the Party is in good standing with respect to, or in full compliance with, a plan to pay any and all taxes due the State of Vermont. c. Party understands that final payment under this Agreement may be withheld if the Commissioner of Taxes determines that the Party is not in good standing with respect to or in full compliance with a plan to pay any and all taxes due to the State of Vermont. d. Party also understands the State may set off taxes (and related penalties, interest and fees) due to the State of Vermont, but only if the Party has failed to make an appeal within the time allowed by law, or an appeal has been taken and finally determined and the Party has no further legal recourse to contest the amounts due. 14. Child Support: (Applicable if the Party is a natural person, not a corporation or partnership.) Party states that, as of the date the Agreement is signed, he/she: a. is not under any obligation to pay child support; or b. is under such an obligation and is in good standing with respect to that obligation; or c. has agreed to a payment plan with the Vermont Office of Child Support Services and is in full compliance with that plan. Party makes this statement with regard to support owed to any and all children residing in Vermont. In addition, if the Party is a resident of Vermont, Party makes this statement with regard to support owed to any and all children residing in any other state or territory of the United States. 15. Sub-Agreements: Party shall not assign, subcontract or subgrant the performance of his Agreement or any portion thereof to any other Party without the prior written approval of the State. Party also agrees to include in all subcontract or subgrant agreements a tax certification in accordance with paragraph 13 above. 16. No Gifts or Gratuities: Party shall not give title or possession of any thing of substantial value (including property, currency, travel and/or education programs) to any officer or employee of the State during the term of this Agreement. 17. Copies: All written reports prepared under this Agreement will be printed using both sides of the paper. 18. Certification Regarding Debarment: Party certifies under pains and penalties of perjury that, as of the date that this Agreement is signed, neither Party nor Party s principals (officers, directors, owners, or partners) are presently debarred, suspended, proposed for debarment, declared ineligible or excluded from participation in federal programs, or programs supported in whole or in part by federal funds. Party further certifies under pains and penalties of perjury that, as of the date that this Agreement is signed, Party is not presently debarred, suspended, nor named on the State s debarment list at: http://bgs.vermont.gov/purchasing/debarment 19. Certification Regarding Use of State Funds: In the case that Party is an employer and this Agreement is a State Funded Grant in excess of $1,001, Party certifies that none of these State funds will be used to interfere with or restrain the exercise of Party s employee s rights with respect to unionization.

20. Certification Regarding Lobbying: No Federal appropriated funds have been paid or will be paid, by or on behalf of the Subrecipient, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal grant, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal grant, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or intending to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, grant, loan, or cooperative agreement, the Subrecipient shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," to the State. The Subrecipient shall require that the language of this certification be included in the award documents for all Grants at all tiers (including subgrants, and grants under grants, loans, and cooperative agreements) and that all Subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less that $10,000 and not more that $100,000 for each such failure. 21. OMB Circular A-133 Assurance: Subrecipient assures State that it complies with A-133 and that it will notify State of completion of required audits and of any adverse findings, which impact this Grant. 22. FFATA Compliance: Subrecipient agrees to comply with the requirements of the Federal Funding Accountability and Transparency Act (2 CFR Part 33), which requires the reporting of each transaction that obligates $25,000 or more to a subrecipient to the USAspending.gov database within 30 days of the action. 23. Compliance with Cost Principles: Grantee shall comply with the requirements set forth in OMB Circular A-87 (for State and Local Governments including schools), A-122 (for Non Profit organizations), or A-21 (for Higher Education Institutions) as appropriate for the Grantee type of organization. 24. Compliance with Administrative Regulations: Grantee shall comply with the requirements of OMB Circular A- 102 (State & Local Governments and Schools) or A-110 (Institutions of Higher Education, Hospitals, and Non Profit organizations) as appropriate for the Grantee s type of organization. 25. Supplanting: If required, the Subrecipient will submit a Certification that funds will not be used to supplant local or other funding. 26. Audit of federal sub-recipient: Under current interpretations of federal law, Subrecipient will be considered a sub-recipient subject to the federal single audit act. Subrecipient will comply with audit requirements contained in Circular A-128/ Circular A110 and/or other applicable circulars of the U.S. Office of Management and Budget. The cost of such an audit will be borne by the Subrecipient/is included in the payment provisions of this contract. 27. Availability of federal funds: This contract is funded in whole or in part by federal funds. In the event the federal funds supporting this contract become unavailable or are reduced, the State may cancel this contract immediately, and the State shall have no obligation to pay Subrecipient from State revenues.